U.S. Department of Defense Contract Awards for Aug 15, 2011

0
773

Here’s Today’s Department of Defense Contract Awards

 

ARMY

            Lockheed Martin MS2, Liverpool, N.Y., was awarded a $91,535,564 firm-fixed-price cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure four enhanced EQ-36 radar systems with armored Sustained Operation Group (SOG) and Mission Essential Group (MEG) equipped and 16 radar systems with SOG and MEGs.  Work will be performed in Liverpool, N.Y., with an estimated completion date of July 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).

            Kansas Social and Rehabilitation Services for the Blind, Topeka, Kan., was awarded a $13,753,501 firm-fixed-price contract.  The award will provide for the full food services, carry out services and dining facility attendant services in dining facilities at Fort Riley, Kan.  Work will be performed in Fort Riley, Kan., with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with four bids received.  The Installation Contracting Office, Fort Riley, Kan., is the contracting activity (W911RX-11-D-0006).

            Tetra Tech, Inc., Pasadena, Calif., was awarded an $8,000,000 firm-fixed-price contract.  The award will provide for the architect and engineering services for the Mobile District to provide environmental support to military, civil, and federal agencies.  Work location will be determined with each task order, with an estimated completion date of Aug. 10, 2016.  The bid was solicited through the Internet, with 26 bids received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-D-0076).

            Raytheon Missiles Systems Co., Tucson, Ariz., was awarded an $11,506,829 firm-fixed-price cost-plus-fixed-fee contract.  The award will provide for the procurement of Griffin stand-off precision guided munitions and associated engineering services support.  Work location will be determined by task order, with an estimated completion date of Sept. 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0239).

            Science Applications International Corp., McLean, Va., was awarded a $6,505,748 cost-plus-fixed-fee contract.  The award will provide for the critical services to support an approach to correlate experimentally determined toxicity of crude traditional and non-traditional chemical warfare preparations.  Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Aug. 11, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-11-C-0047).

NAVY

            BAE Systems, Land & Armaments, L.P., U.S. Combat Systems, is being awarded an undefinitized contract action with a not-to-exceed value of $83,277,606 as a modification to previously awarded contract (N00024-10-C-5349) for the fiscal 2010-2011 production requirements for MK 13 MOD 0 (Standard Missile-2); MK 15 MOD 1 (Vertical Launch Anti-Submarine Rocket); MK 21 MOD 2 (Standard Missile-3); MK 21 MOD 3 (Standard Missile-6); MK 25 MOD 0 (Evolved Sea Sparrow Missile); and fiscal year MK 14 MOD 2 (Tactical Tomahawk) canisters; and associated hardware in support of the MK 41 Vertical Launching System (VLS) Program.  The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants.  The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing.  They also serve as missile shipping and storage containers.  Work will be performed in Aberdeen, S.D. (80 percent); Germany (7 percent); Australia (6 percent); Minneapolis, Minn. (5 percent); Spain (1 percent); the Netherlands (0.5 percent); and Turkey (0.5 percent).  Work is expected to be completed by October 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            Kings Bay Support Services, L.L.C., Baton Rouge, La., is being awarded a $35,188,366 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Submarine Base, Kings Bay.  The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, and environmental.  Services also include vertical transportation equipment located at Shellman Bluff, Ga.  The maximum dollar value, including the base period, four option years, and three award option periods is $270,018,343.  Work will be performed in Kings Bay, Ga., and Shellman Bluff, Ga., and is expected to be completed by September 2012.  Contract funds will not expire at the end of current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-D-7578).

            Schneider Electric USA, Inc., Palatine, Ill., is being awarded $11,999,561 for firm-fixed-price task order JQ01 under a previously awarded multiple award contract (N62583-08-D-0137) for the implementation of the design, purchase equipment, installation, build, documentation, and testing of an advanced metering infrastructure system for the electricity, water, and steam metering of Department of Defense facilities supported by the Naval Facilities Engineering Command, Marianas.  The work also includes development of platform information technology information assurance (IA) documentation and the implementation of the necessary IA controls.  Work will be performed at Andersen Air Force Base and Naval Base Guam, and is expected to be completed by August 2013.  Contract funds will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

            Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $10,999,993 modification to previously awarded contract (N00024-06-C-2304) for research, development, test, and technical services for the DDG 1000 Zumwalt-class destroyer.  Technical services include technology development, analytical modeling, qualification of materials, potential design/process improvements, and design excursions.  Work will be performed in Pascagoula, Miss. (80 percent), and Gulfport, Miss. (20 percent), and is expected to be completed by September 2012.  Contract funds in the amount of $556,756 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            The Boeing Co., St. Louis, Mo., is being awarded an $8,823,672 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) to provide integrated logistics services in support of Harpoon and Standoff Land Attack Missile Expanded Response Programs for the Navy and for the governments of various foreign military sales customers.  Work will be performed in St. Charles, Mo. (91.17 percent); St. Louis, Mo. (5.43 percent); Yorktown, Va. (2.64 percent); Point Mugu, Calif. (0.71 percent); and Oklahoma City, Okla. (0.05 percent).  Work is expected to be completed in November 2012.  Contract funds in the amount of $3,233,368 will expire at the end of the current fiscal year.  This order combines purchases for the U.S. Navy ($3,233,368; 36.64 percent) and, under the Foreign Military Sales Program, the governments of Korea ($711,007; 8.06 percent); Turkey ($607,029; 6.88 percent); Taiwan ($435,217; 4.93 percent); Japan ($418,388; 4.74 percent); Egypt ($402,423; 4.56 percent); Greece ($343,865; 3.90 percent); United Kingdom ($314,938; 3.57 percent); Pakistan ($264,047; 2.99 percent); Australia ($256,929; 2.91 percent); Chile ($246,008; 2.79 percent); Canada ($193,501; 2.19 percent); Saudi Arabia ($196,640; 2.23 percent); Israel ($173,608; 1.97 percent); Singapore ($173,345; 1.96 percent); Thailand ($125,777; 1.43 percent); Bahrain ($110,445; 1.25 percent); Germany ($99,643; 1.13 percent); Netherlands ($99,643; 1.13 percent);  UAE ($95,249; 1.08 percent); Portugal ($74,732; 0.85 percent); Kuwait ($68,820; 0.78 percent); Malaysia ($65,153; 0.74 percent); Oman ($64,075; 0.73 percent); and Denmark ($49,821.45; 0.56 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

            The USA Environmental, Inc.*, Oldsmar, Fla., is being awarded $7,880,451 for cost-plus-fixed-fee task order 0003 under a previously awarded indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract (N62470-11-D-8007) for munitions response actions at the former Naval Vieques Training Range, Puerto Rico.  The work to be performed provides for the removal of surface munitions and explosives of concern at the surface impact area and the removal of subsurface munitions and explosives of concern at the eastern maneuver area.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by May 2012.  Contract funds will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

            BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $7,842,302 modification to previously awarded contract (N00024-06-C-4408) for the USS Paul Hamilton (DDG 60) repair availability.  This repair availability modification consists of 67 various work items for various ship repairs, modifications and alterations to be performed in a three-month repair availability.  Work will be performed in Pearl Harbor, Hawaii, and is expected to completed in December 2011.  Contract funds of $9,641,000 will expire at the end of the current fiscal year.  The Pearl Harbor Naval Shipyard & IMF, Pearl Harbor, Hawaii, is the contracting activity.

            MGC Roofing & Construction, Inc.*, Warner Robins, Ga., is being awarded a maximum amount $6,697,170 indefinite-delivery/indefinite-quantity contract for roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads region.  The maximum dollar value, including the base period and two option years, is $20,091,510.  No task orders are being issued at this time.  Work will be performed in the NAVFAC Mid-Atlantic area of responsibility, and is expected to be completed by August 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-D-0010).

AIR FORCE

            Deloitte Consulting, L.L.P., Alexandria, Va., is being awarded a $49,858,158 maximum firm-fixed-price, cost-plus-fixed-fee, and cost reimbursable contract to provide data management support and data execution team support in support of the Expeditionary Combat Support System which will provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform all data preparation and migration management.  ESC/HGBK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-11-D-0016).

            Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,852,115 cost-plus-fixed-fee contract modification for F-22 software maintenance based on root cause analysis. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2987 P00085).

  • Small business

ATTENTION READERS

We See The World From All Sides and Want YOU To Be Fully Informed
In fact, intentional disinformation is a disgraceful scourge in media today. So to assuage any possible errant incorrect information posted herein, we strongly encourage you to seek corroboration from other non-VT sources before forming an educated opinion.

About VT - Policies & Disclosures - Comment Policy
Due to the nature of uncensored content posted by VT's fully independent international writers, VT cannot guarantee absolute validity. All content is owned by the author exclusively. Expressed opinions are NOT necessarily the views of VT, other authors, affiliates, advertisers, sponsors, partners, or technicians. Some content may be satirical in nature. All images are the full responsibility of the article author and NOT VT.
Previous articleThe Tavis/West Poverty Pimp Tour
Next articleThey Died in Vain – Deal With It